RFP # 173‐24031 – DISASTER RESPONSE AND RECOVERY SERVICES
Request for Proposals
RFP # 173-24031
Disaster Response and
Recovery Services
Issue Date: February 26, 2024
Proposals Due: March 27, 2024
Cumberland County Schools Operations Center
Phillip Perry
810 Gillespie Street
Fayetteville, NC 28306
Phone: (910) 678-2551
phillipperry@ccs.k12.nc.us
Cumberland County Schools
Request for Proposals
(RFP # 173‐24031)
1
RFP # 173‐24031 – DISASTER RESPONSE AND RECOVERY SERVICES
DISASTER RESPONSE AND RECOVERY SERVICES
REQUEST FOR PROPOSAL
NOTICE IS HEREBY GIVEN TO PROSPECTIVE PROPOSERS that on March 27, 2024 at 2:00 p.m. the
Cumberland County Board of Education (the “School District” or “School Board”) will open sealed
proposals for the following:
RFP # 173‐24031
Disaster Response and Recovery Services
The Specification and Proposal documents are available on the district website at
https://www.ccs.k12.nc.us/Page/5102 or by contacting the CCS Operations Department, Attn:
Phillip Perry, 810 Gillespie Street, Fayetteville, NC 28306.
Questions regarding the proposal should be directed by e‐mail to Phillip Perry, Director of
Maintenance ‐ at phillipperry@ccs.k12.nc.us .
From time to time, addenda may be issued to this solicitation. Any such addendum will be posted on
https://www.ccs.k12.nc.us/Page/5102. You should periodically check the website to download any
addendum which may have been issued. The Addendum Acknowledgement must be submitted with
the proposal.
Two hard copies and one digital copy in Adobe PDF format on a flash drive of the Proposal should
be submitted within a sealed envelope clearly marked with the words Cumberland County Schools
RFP # 173‐24031 – Disaster Response and Recovery Services to the CCS Operations Department, Attn:
Phillip Perry, 810 Gillespie Street, Fayetteville, NC 28306. All proposals must be received by the
date/time listed in the bid timeline within. No waivers shall be allowed for proposals which have
not been submitted by the deadline date.
The Cumberland County Board of Education reserves the right, at its sole discretion, to accept or
reject any and all proposals and to waive informalities when it is in the best interest of the Board to
do so.
All proposals must remain valid for a period of ninety (90) days or until the Cumberland County Board
of Education approves the contract. The School Board will automatically reject the response of any
person or affiliate who appears on the debarred vendor list prepared by the North Carolina
Department of Administration.
Recommendation to the Cumberland County Board of Education will be based upon a proposal(s)
that represent the best interest of the District and award of the contract will be deemed by the Board
to be in the best interest of Cumberland County Schools.
Minority‐owned and women‐owned enterprises are encouraged to submit proposals in response to
this solicitation and will not be discriminated against on the grounds of race, color or national origin
in consideration for an award of any contract entered into pursuant to this advertisement.
2
RFP # 173‐24031 – DISASTER RESPONSE AND RECOVERY SERVICES
SCOPE OF WORK
I. PURPOSE
The Cumberland County Board of Education is issuing a Request for Proposals (RFP) from
firms licensed to do business in North Carolina interested in being considered for award of
a professional services contract for Standby Contract for Disaster Recovery Services in the
event of a manmade or natural disaster in the Cumberland County School District (CCS) on
an as-needed basis. This RFP and resulting agreement covers all buildings, facilities and
property of the School District. CCS does not guarantee quantity of services or usage of
vendors selected. Services from approved vendors will completely be dependent upon the
needs of the District.
II. ELIGIBILITY TO BID
Bidders who do not meet the following qualifications will not be considered.
1. Licenses: Proposers must be authorized to do business in the State of North
Carolina and must possess all required registration(s), certification(s) and
license(s) to perform the work outlined within in accordance with all applicable
North Carolina Statutes, ordinances, regulations, and/or Board Policies.
2. Insurance: Proposers must provide evidence of insurance coverages in the
amounts specified under the section titled INSURANCE below, as well as possess the
ability to have CCS named as an additional insured, if awarded.
3. Debarment: Pursuant to School Board Policy, Contractor Debarment Procedures,
debarred contractors are excluded from conducting business with the Board as
agents, representatives, partners and associates of other contractors,
subcontractors or individual sureties.
4. Terminated Contracts with CCS: Any firm or individual whose contract or
agreement has been terminated by the Board within three (3) years of the RFP
Response due date, with cause, will not be considered under this bid.
III. GENERAL REQUIREMENTS
1. Although the primary focus of this service shall be to respond to the two categories
of emergency work that are defined by the Federal Emergency Management Agency
(FEMA) as having specific eligibility for reimbursement which are identified as 1)
Category A – Debris Removal, and 2) Category B – Emergency Protective Measures,
the firm may be requested to respond to other FEMA defined categories of
emergency work or for non-declared emergency clean-up and restorative services
as may be required by the District.
3
RFP # 173‐24031 – DISASTER RESPONSE AND RECOVERY SERVICES
2. These services will not be authorized until such time as a Notice to Proceed has
been issued to the lowest, responsive, responsible bidder to whom a contract is
awarded, in the event of a natural or manmade disaster. The successful bidder shall
provide under one contract all superintendence, labor, tools, equipment, materials,
transportation, and all other facilities and incidentals of every description, to
perform all work required for emergency disaster recovery services under this
standby contract subsequent to a natural or manmade disaster that affects the
property owned, or administered, or under the control of the Cumberland County
School Board. All work shall be performed in an acceptable manner and in
accordance with the requirements of these Contract Documents, in strict
conformity therewith, and to the satisfaction of the Board. The Proposer shall
certify that their company is licensed with a Specialty in Non-Hazardous and
Hazardous Waste Treatment and Removal. Proposer must submit a copy of the
license with the proposal and be in good standing with the State regulatory body.
3. The successful contractor’s appropriate representative shall physically report to
the District’s Maintenance Office, or other location as directed, within twelve (12)
hours after notification of need. Performance shall be deemed as the
commencement of services within twenty-four (24) hours of issuance of Notice to
Proceed. The Contractor shall provide for the provision of personnel, equipment,
plans, procedures, and other materials and capabilities necessary for both pre-
disaster and post disaster situations, as ordered or on an as needed basis.
4. The contract for services is summarized as follows. The Board extends an Invitation
to Propose for a Standby Contract for Disaster Response and Recovery Services.
These services will not be authorized until such time as a contract has been
awarded by the Board and a Notice to Proceed has been issued. Contractor shall be
capable of providing a range of related services as described below in the SCOPE
OF SERVICES in the event of a natural or manmade disaster that affects the property
owned, or administered, or under the control of the Cumberland County Board of
Education.
IV. SCOPE OF SERVICES shall include, at a minimum, the following elements:
1. INITIAL INSPECTION – Contractor is to provide a detailed inspection protocol for
assessing and identifying structural damage or conditions (water intrusion,
window damage, leaks, etc.) that must be addressed to thoroughly remediate
existing mold and to prevent its reoccurrence. This is to include bulk material
samples and interior wall cavity samples where and when necessary. The results of
such testing should be immediate or within such a time period as to not
unnecessarily delay informed decisions regarding treatment procedures.
2. CLEARING AND/OR REMOVING DEBRIS AND WASTE – Contractor shall assess the
interior of the designated Board facility initiate for service and remove or have
removed any debris that inhibits or contributes to the damage of that facility or
impedes the contractor’s efforts to begin servicing the facility. All debris shall be
disposed of in accordance with the current required standards.
4
RFP # 173‐24031 – DISASTER RESPONSE AND RECOVERY SERVICES
3. DOCUMENTATION MANAGEMENT AND SUPPORT – The Contractor shall assist the
School District in preparation of FEMA, State, and private agency reports for eligible
reimbursement, including training of School/Department employees and review of
documentation prior to submittal. The contractor should provide in the description
of services how you track and account for employee time and expendables used in
disaster recovery incident(s). The Contractor shall work closely with State and
County Emergency Management, FEMA, and other agencies to ensure that all
supporting data and documentation meet each agency’s requirements for
reimbursement eligibility.
4. OTHER EMERGENCY RESPONSE & DISASTER RECOVERY SERVICES
a. The Contractor shall provide their typical program approach to Fire, Flood or
Disaster Restoration, stating the responsibilities of each of the key participants
(such as):
i. Project Manager – responsibility, control and on site decision making
authority.
ii. Site Environmental and Safety Officer – responsibility for the health and
safety, authority (who he reports to), etc.
b. At minimum, the scope of services required to be provided by the selected firm
or firms are: To provide Fire, Flood, or Disaster Restoration services for all
emergency and long term final repairs.
c. These services shall include but are not limited to the following and the
protocols for the performance of these services shall be described in detail in
the vendor’s proposal:
i.
All labor, materials and equipment necessary to clean and restore the
structure and contents.
ii. General instructional services at no added cost to MCSD regarding fire
and/or flood planning restoration with respect to the covered services.
iii. Provide 24/7 response and services.
iv. Perform a thorough physical survey and inspection to evaluate all
damages to contents and structures including the presence of odor,
water, and other water damages; in the event of a fire: odor, soot, ash and
other fire elements.
v. Provide on-going digital photos and/or digital video as a baseline record
and of work progress.
vi. Provide written/electronic scope of damages.
vii. Provide a written/electronic detail itemized estimate of damages.
viii. At own cost and expense, assume responsibility in accordance with all
applicable laws, of any all leaks or spills, and other emergencies
occurring in connection with performance of covered services, if leaks or
spills, including leaks or spills of hazardous substances, occur at the
worksite that is not in connection with contractor’s performance of
5